Lift-Truck Maintenance and Repair Services

Solicitation number 1000308061

Publication date

Closing date and time 2014/05/02 14:00 EDT

Last amendment date


    Description
    Solicitation No. 1000308061
    
    Lift-Truck Maintenance and Repair Services
    
    DESCRIPTION OF REQUIREMENT 
    
    This requirement contains NO security requirement. 
    
    The Canada Revenue Agency (CRA) requires a Contractor to provide on-site scheduled maintenance services and “as and when requested” services for the fleet of CRA-owned powered lift-trucks and CRA-owned manual pallet jacks. The CRA currently has ninety–one (91) powered lift-trucks deployed at CRA offices and warehouses across Canada. 
    
    These powered lift-trucks are categorized into the following types; Sit-down Counterbalance, Stand-up Counterbalance, Reach Fork Truck and Pallet Trucks. These four types of powered lift-trucks vary by manufacturer and model as listed in Annex A-1: CRA Sites and Powered Lift-Truck Count.
    
    The following services are required for all powered lift-trucks listed within Annex A-1:
    1.	Scheduled Maintenance Services:
    a.	Annual & Semi-Annual Maintenance Services (as further described in Section 3.1 of the Statement of Work);
    b.	Monthly Battery and Charger Services (as further described in Section 3.2 of the Statement of Work).
    2.	“As and When Requested” Services:
    a.	Remedial Services & Manual Pallet Jack Maintenance Services (as further described in Section 4.1 of the Statement of Work);
    b.	Replacement Parts (as further described in Section 4.2 of the Statement of Work);
    c.	Powered Lift-Truck Operator Training Services (as further described in Section 4.3 of the Statement of Work.
    
    In addition to the services listed above, the Contractor must also provide the following services, at no additional cost to the CRA:
    •	An initial Fleet Assessment (as further described in Section 5.1 of the Statement of Work);
    •	Battery Recycling & Disposal Services (as further described in Section 5.2 of the Statement of Work);
    •	Reports (as further described in Section 5.3 of the Statement of Work).
    
    Bidders may submit a proposal for one (1) or more of the regions listed below (as listed in Annex A-1):
    •	Atlantic Region;
    •	Quebec Region;
    •	Ontario Region;
    •	Prairie Region;
    •	Pacific Region.
    
    The CRA is seeking to issue up to five (5) Contracts for the regions listed above. The period of each resulting Contract will be three (3) years, with two (2) one-year option periods.
    
    APPLICABLE TRADE AGREEMENTS 
    
    The following trade agreements apply to this procurement: 
    
    North American Free Trade Agreement 
    Agreement on Internal Trade 
    Canada Columbia Free Trade Agreement
    Canada Peru Free Trade Agreement 
    Canada Chile Free Trade Agreement 
    Canada Panama Free Trade Agreement 
    World Trade Organization Agreement on Government Procurement
    
    CONTRACTOR SELECTION METHODOLOGY 
    
    The evaluation of proposals will be performed in six (6) steps as follows: 
    
    Step 1 – Evaluation against Mandatory Criteria 
    Step 2 – Point-Rated Evaluation – not applicable to this requirement 
    Step 3 – Evaluation of Financial Proposals 
    Step 4 – Basis of Selection – Highest Compliant bid evaluation score. The responsive bid with the highest Bid Evaluation Score, for each Region, will be considered the highest ranked Bidder for that Region and will be recommended for award of a contract for that Region.
    Step 5 – Conditions Precedent to Contract Award 
    Step 6 – Contract Entry
    
    CONTRACTING OFFICER 
    
    All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to: 
    
    Timothy Berg 
    Canada Revenue Agency 
    Administration Directorate
    Contracting Division 
    250 Albert Street, 8th Floor 
    Ottawa, Ontario, K1A 0L5 
    
    Tel. Number: (613) 995-4661 
    Fax Number: (613) 957-6655
    Email Address: Timothy.Berg@cra-arc.gc.ca 
    
    Proposal documents and supporting information may be submitted in either English or French. 
    
    Bids must be received on or before May 2, 2014 at 2:00 pm EDT. 
    
    The CRA reserves the right to negotiate with suppliers on any procurement. 
    
    ADDRESS FOR SUBMISSION OF BIDS
    
    Canada Revenue Agency 
    Bid Receiving Unit 
    Ottawa Technology Centre 
    Receiving Dock 
    875 Heron Road 
    Room D-95 
    Ottawa, ON 
    K1A 1A2

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    Canada
    Contracting authority
    Berg, Timothy
    Phone
    613-995-4661
    Address
    250 Albert Street
    Ottawa, ON, K1A 0L5
    CA

    Buying organization(s)

    Organization
    Canada Revenue Agency
    Address
    555 Mackenzie Avenue
    Ottawa, Ontario, K1A 0L5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    003
    French
    0
    French
    0
    003
    English
    4
    English
    6
    002
    French
    1
    002
    English
    6
    French
    5
    001
    French
    9
    001
    English
    39
    English
    12

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: